TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid
|
|
- Nicholas Sharp
- 5 years ago
- Views:
Transcription
1 TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal Due: Monday, June 5, 1:00 pm Thursday, June 8, 9:00 am Friday, June 30, 1:00 pm Location: Centreville Town Hall 101 Lawyers Row Centreville, MD CONTACT: Michael C. Whitehill, Project Administrator (c) or by - michael@whitehillconsultingllc.com Town Hall 101 Lawyers Row Centreville, MD Page 1 of 20
2 Bid Package Contents BID PACKAGE CONTENTS Page 2 INVITATION FOR BIDS Page 3 STANDARD BIDDING FORMS Pages 4-9 GENERAL SPECIFICATIONS Pages INFORMATION TO BIDDERS Pages Page 2 of 20
3 Town of Centreville INVITATION FOR BIDS FOR PRELIMINARY ENGINEERING REPORT TOWN OF CENTREVILLE WASTEWATER TREATMENT PLANT The Town of Centreville is accepting sealed bids from qualified and interested bidders for the following project: Prepare, in close coordination with the Town, a Preliminary Engineering Report (PER) for the expansion of the existing Wastewater Treatment Plant (WWTP) facility from 542,000 gpd to 750,000 gpd. This report is to include a Cost and Effectiveness Analysis and may include an Environmental Information Document (EID). As it is unclear whether public funding will be used for the plant expansion, this report shall be prepared to meet MDE and USDA Rural Development standards and specifications in all respects. Bid packages will be available on Monday, June 5, 1:00 p.m. from Town Hall. Town of Centreville, 101 Lawyers Row, Centreville Maryland Telephone , or found as a download in.pdf form on the Town's website: A mandatory pre-bid meeting and tour will be held on Thursday, June 8, 9:00 a.m. at the Centreville Wastewater Treatment Plant. Individuals interested in submitting a bid should contact the Town office for further information. Bids must be received at Town Hall by Friday, June 30, 1:00 p.m. at which time they will be publicly opened and read aloud. Late arriving bids will not be opened. The Town of Centreville reserves the right to reject any and all bid proposals, to waive any requirements, to accept all or part of any proposal and to award as may be considered to be in the best interest of the Town. Award of the contract is subject to the approval of the Town Manager and Town Council of Centreville. Michael C. Whitehill, Project Administrator will be the contact for this bid process and can be reached at (c) or by - michael@whitehillconsultingllc.com. The Town of Centreville is an Equal Opportunity Employer. Discrimination based on age, race, sex, handicap or national origin is expressly prohibited. Page 3 of 20
4 To: Town Manager, Town of Centreville STANDARD BIDDING FORMS We hereby submit for your review the following proposal as requested by the Invitation for Bids. This Bid Form includes and incorporates all information and specifications as required by the CONTRACT DOCUMENTS, as described in Information to Bidders, the same as if specifically written herein Centreville Wastewater Treatment Plant Preliminary Engineering Report BID AMOUNT Only Use Forms on Pages 5-9 for this item BIDDER: AGENT: FIRM: ADDRESS: PHONE: SUBMITTED BY: (Signature of Authorized Agent) (Title) THIS DAY OF, TOWN OF CENTREVILLE USE: Additional Information: ATTEST: ACCEPTED: Steve Walls, Town Manager Town of Centreville Page 4 of 20
5 BID FORM BASE BID The Engineer is responsible for reviewing existing WWTP engineering designs and "asconstructed" drawings, tour and fully understand the existing operations and practices, confer with the Director of Public Works and Operator as needed to determine the Town's Goals and Objectives, and prepare a Preliminary Engineering Report that includes a Cost and Effectiveness Analysis for the proposed treatment plant expansion. This report shall be prepared fully, meeting MDE and USDA Rural Development Standards and Specifications. A Preliminary Environmental Screening Checklist is to be prepared and submitted to MDE to determine whether a full Environmental Information Document (EID) is required or may be waived. If the EID is not waived, the Engineer shall prepare an Environmental Information Document meeting MDE standards. Engineer shall prepare a separate executive summary discussion in essay form of the PER analysis that is focused on the potential of the proposed expansion design to upgrade to 1 mgd in the future. This expansion project is to include all processes, electrical component upgrades and site planning considerations. Description 1. Preliminary Engineering Report (including Cost and Effectiveness Analysis) Lump Sum 2. Preliminary Environmental Screening Checklist 3. Environmental Information Document (EID) 4. Executive Summary discussion of upgrade to 1 mgd. TOTAL TOTAL LUMP SUM OF ALL ITEMS- NOT TO EXCEED BID: Numbers: $ Price in Words: Page 5 of 20
6 ADDITIONAL BID REQUIREMENTS 1. Each bidder shall provide three (3) references for similar construction projects completed by the bidder within the last five (5) years. Provide description of the project, contract award amount, client/organization name, reference name/point of contact and phone number. 2. Certification (self-certification) that the bidder attended the mandatory site visit and prebid conference. 3. Report start and completion dates. Page 6 of 20
7 AFFIDAVIT OF QUALIFICATION TO BID I hereby affirm that 1. I am the (Title) and the duly authorized representative of the Company of (Name of Corporation) whose address is and that I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting. 2. Except as described in paragraph 3 below, neither I nor the above firm, nor to the best of my knowledge, any of its officers, directors, or partners, or any of its employees directly involved in obtaining contracts with the State or any county, bi-county or multi-county agency, or subdivision of the State have been convicted of, or have pleaded nolo contendre to a charge of, or have during the course of an official investigation or other proceeding admitted in writing or under oath acts or omissions which constitute bribery, attempted bribery, or conspiracy to bribe under the provisions of Article 27 of the Annotated Code of Maryland or under the laws of any state or the federal government (conduct prior to July 1, 1977 is not required to be reported). 3. (State none or, as appropriate, list any conviction, plea, or admission described in paragraph 2 above, with the date, court, position with the firm, and the sentence or disposition, if any). I acknowledge that this affidavit is to be furnished to The Town Council of Centreville, the Town Attorney, and where appropriate, the Attorney General under Section 16D of Article 78A of the Annotated Code of Maryland. I acknowledge that, if the representations set forth in this affidavit are not true and correct, The Town Council of Centreville may terminate any contract awarded and take any other appropriate action. I further acknowledge that I am executing this affidavit in compliance with Section 16D of Article 78A of the Annotated Code of Maryland, which provides that certain persons who have been convicted of or have admitted to bribery, attempted bribery, or conspiracy to bribe may be disqualified, either by operation of law or after a hearing, from entering into contracts with the State or any of its agencies or subdivisions. I do solemnly declare and affirm under the penalties of perjury that the contents of this affidavit are true and correct. Signature: Date: Page 7 of 20
8 NON-COLLUSION CERTIFICATE I HEREBY CERTIFY I am the (Title) and the duly authorized representative of the firm of whose address is AND THAT NEITHER I nor, to the best of my knowledge, information and belief, the above firm or any of its other representatives I here represent have: (a) (b) Agreed, conspired, connived or colluded to produce a deceptive show of competition in the compilation of the bid or offer being submitted herewith; Not in any manner, directly or indirectly, entered into any agreement, participated in any collusion to fix the bid price or price proposal of the bidder or offer or herein or any competitor, or otherwise taken into action in restraint of free competitive bidding in connection with the Contract for which the within bid or offer is submitted. In making this affidavit, I represent that I have personal knowledge of the matters and facts herein stated. (Signature) (Date) (Printed or Typed Name) Page 8 of 20
9 SIGNATURE FORM Name of Bidder: Signature of Authorized Person: Title of Authorized Person: Street Name & Number: City, State, Zip Code: Telephone Number: Date: Bidder's Federal Employers Identification No.: Bidder's License No. if any: Expiration Date: Proposed Sub-consultants / Subcontractors Portion of Work to Be Performed Page 9 of 20
10 GENERAL SPECIFICATIONS 1. GENERAL REQUIREMENT: A. It is the intent and purpose of this project to provide the Town the tools needed to prepare for the expansion of the existing WWTP and all its components. To be considered, the Engineer shall be Registered Professional Engineer licensed in the State of Maryland with demonstrable experience in the field of environmental engineering. The Engineer shall have attended the mandatory pre-bid meeting and plant tour. B. Town of Centreville reserves the right to determine acceptability of any bid according to the contract documents. 2. SCOPE OF WORK: This project entails, but is not limited to, the following general work requirements: A. Preliminary Engineering Report (including Cost and Effectiveness Analysis) B. Preliminary Environmental Screening Checklist C. Environmental Information Document (EID) D. Executive Summary discussion of upgrade to 1 mgd. 3. SCHEDULE Work under this contract shall begin upon the Town issuing a notice to proceed. The Town reserves the right to expand the scope of services, as appropriate, after negotiating with the successful bidder for the additional services. Changes in negotiated scope may also result in changes in the schedule, if mutually agreeable to the Town and the contractor. (The Town reserves the right to eliminate certain scope items as it may be in the benefit to the Town). 4. PAYMENTS Payments for work completed under this contract shall be made on a per completed item basis and shall be subject to approval of the Town Manager. Payments shall be made to the contractor within 30 days of receipt of invoice, subject to the approval of the Town Manager. 5. INTERPRETATION OF CONTRACTUAL PROVISIONS: In the event that there is a discrepancy in the contract documents between the special provisions, general specifications, and information to bidders, the following order of priority will be used to resolve the conflict: 1) General Specifications 2) Information to Bidders In the event of a disagreement as to the interpretation of application of this contract, an arbitration board shall be set up to arbitrate and resolve any disagreement and/or help interpret the provisions. The board shall have one person appointed by the Town, one person appointed by the vendor, and a third person to be selected by the two previously Page 10 of 20
11 named. The ruling of any two members of the arbitration to board will be binding on both parties. 6. PROFESSIONAL STANDARDS: All work is to be performed in a workmanlike manner in accordance with The Town of Centreville Standards and Specifications, and any specifications made herein. 7. LICENSING AND CERTIFICATIONS: Successful bidders working under this contract shall have current licenses and certifications as may be required under federal, state and local laws and regulations for the work to be completed. Bidders shall be Registered in the State of Maryland as a Professional Engineer. Successful bidders will be required to produce documentation of applicable licenses and certifications prior to beginning work under this contract. 8. PERMITS: The Town of Centreville will provide contractor with the Consistency Report for Local Government Projects. 9. INSURANCE CERTIFICATE: Prior to beginning work under this contract, successful bidders will be required to submit a certificate of insurance indicating levels of coverage applicable under their current policies. 10. BASIS OF AWARD: Town of Centreville reserves the right to award this contract on the basis of price and / or qualifications for completing the project. The Town reserves the right to reject any and all bids as may best serve the interests of the Town. Page 11 of 20
12 INFORMATION TO BIDDERS SECTION GENERAL 1 CHANGES TO CONTRACT DOCUMENTS 2 BID INSTRUCTIONS 3 BID OPENING 4 BID PROCEDURE 5 OMISSION OF SPECIFICATIONS 6 BID FORMS 7 BID SECURITY 8 DELIVERY 9 WAIVER OF TECHNICALITIES 10 CONTRACT AWARD 11 TAX EXEMPTION 12 BASIS OF AWARD 13 MODIFICATION OR WITHDRAWAL OF BIDS 14 VENDORS ABILITY 15 PAYMENT TERMS 16 PERFORMANCE BOND 17 SUBSTITUTIONS 18 ADDENDA 19 ALTERNATE 20 Page 12 of 20
13 SECTION CONTRACT DOCUMENTS 21 BUDGET FUNDING 22 PURCHASE ORDER 23 TRADE AND BRAND NAMES 24 FEDERAL ASSISTANCE 25 WARRANTY 26 EQUAL OPPORTUNITY EMPLOYMENT 27 RESERVATION 28 DELIVERY SCHEDULE 29 PRODUCT LITERATURE 30 EXCEPTIONS TO BID SPECIFICATION 31 DELIVERY PROVISIONS 32 INTERPRETATION OF CONTRACT DOCUMENTS 33 Page 13 of 20
14 INFORMATION TO BIDDERS SECTION 1. GENERAL The Town Council of Centreville is accepting Sealed Bid Proposals for the work described in the specifications above. SECTION 2. CHANGES TO CONTRACT DOCUMENTS (Not Applicable to this Project) SECTION 3. BID INSTRUCTIONS Bids shall be submitted to the Town of Centreville, 101 Lawyers Row, Centreville, Maryland Bids must be received no later than the date and time listed on the Invitation to Bid. All proposals must be in the sealed envelope with the title of the project, the submitting Engineer's name and address, and the words "Do Not Open". Bids will be opened and read publicly immediately after the deadline for Bid acceptance. SECTION 4. BID OPENINGS All bids will be opened and publicly read by the Town or its designee at 101 Lawyers Row, Centreville, Maryland SECTION 5. BID PROCEDURE Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. Page 14 of 20
15 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents. If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the TOWN and the Project. SECTION 6. OMISSION OF SPECIFICATIONS (Not applicable to this Project) SECTION 7. BID FORMS All Bids must be made on the attached Standard Bidding Forms. All blank spaces for the bid prices must be filled in, in ink or typewritten and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. A conditional or qualified bid will not be acceptable. The base price on the bid form shall be the total cost of the item(s) being bid in accordance with the Invitation to Bid and specifications in the contract documents. Alternates shall only be used to reflect increases or decreases in the base bid price. Only those alternates which are specifically requested by the Town will warrant consideration. [No Alternates are anticipated for this project]. SECTION 8. REQUIRED BID SECURITY AND INSURANCE BID SECURITY (Not Applicable to this Project) Insurance Certificate The Contractor and subcontractors must obtain at its own cost and expense and keep in force and effect during the term of the contract including all extensions, the following insurance with an insurance company/companies licensed to do business in the State of Maryland evidenced by a certificate of insurance and/or copies of the insurance policies. The Engineer s insurance shall be primary. Within five (5) days after contract award the Contractor shall submit to the Town of Centreville, Attn: Town Clerk, Centreville Town Hall, 101 Lawyers Row, Centreville, MD a certificate of insurance with all endorsements. Page 15 of 20
16 In no event may the insurance coverage be less than shown below. Unless otherwise described in this contract the successful engineer shall be required to maintain for the life of the contract and to furnish the Town evidence of insurance as follows: Type of Insurance Amounts of Insurance Endorsements and Provisions 1. Workers Bodily Injury by Waiver of Subrogation: Compensation Accident: $100,000 WC Waiver of Our Rights to 2. Employers each accident Recover From Others Endorsement Liability Bodily Injury by Disease: $500,000 policy limits signed and dated. Bodily Injury by Disease: $100,000 each employee 3. Commercial Each Occurrence: Town shall be listed as additional insured General Liability $1,000,000 and provided 30 day notice of cancellation or a. Bodily Injury material change in coverage. b. Property Damage c. Contractual Liability d. Premise/Operations e. Independent Contractors f. Products/Complete Operations g. Personal Injury 4. Automobile Liability a. All Owned Autos b. Hired Autos c. Non-Owned Autos Combined Single Limit for Bodily Injury and Property Damage - (each accident): $1,000, Excess/Umbrella Liability Each Occurrence / Aggregate: $1,000, Professional Liability Each Occurrence / Aggregate: $1,000,000 CG and CG forms to be signed and dated. Town shall be listed as additional insured and provided 30 day notice of cancellation or material change in coverage. Form CA form to be signed and dated. Town shall be listed as additional insured and provided 30 day notice of cancellation or material change in coverage. Page 16 of 20
17 SECTION 9. DELIVERY Not applicable SECTION 10. WAIVER OF TECHNICALITIES The Town Council of Centreville reserves the right to waive formalities or technicalities in bids acting on behalf of the best interest of Town of Centreville. Section 11. CONTRACT AWARD It is the intent of the Town Council of Centreville to award a contract using the criteria provided herein within 30 calendar days following the bid opening. Acceptance of a bid proposal and award of the contract is subject to the approval of the Town Council and the Town Manager. The Town Council reserves the right to reject any and/or all bids. SECTION 12. TAX EXEMPTION The Town of Centreville is exempt from paying all Federal, State and Local Tax. SECTION 13. BASIS OF AWARD 1. Qualifications based with secondary consideration for total cost. 2. Compliance with specifications. 3. Compliance with terms of Bid Package. SECTION 14. MODIFICATION OR WITHDRAWAL OF BIDS 1. Pre-Opening Modification or Withdrawal of Bids a) Procedure - Bids may be modified or withdrawn by written notice received by the Town Manager before the time and date set for bid opening. b) Disposition of Bid Bond - If a Bid is withdrawn in accordance with this regulation, the Bid Bond, if any, shall be returned to the bidder. [Not Required for this Project]. Page 17 of 20
18 2. Late Bids, Late Withdrawals and Late Modifications a) Policy - Any Bid, request for Withdrawal, or request for Modification received at the place designated in the invitation for bids after the time and date set for receipt and opening of bids is late. b) Treatment - A Late Bid may not be considered under any circumstances and will be mailed to the bidder's last known address unopened. Late Modifications and Late Withdrawals may be considered by the Town Council and allowed if in the best interest of the Town. SECTION 15. ENGINEERS ABILITY The OWNER may make such investigations as he deems necessary to determine the ability of the BIDDER to perform the work, and the BIDDER shall furnish the OWNER all such information and data deemed necessary by owner for this purpose. SECTION 16. PAYMENT TERMS Payment will be made for properly approved purchase orders supported by an invoice for work performed in accordance with these specifications. SECTION 17. PERFORMANCE BOND (Not Applicable to this Project) SECTION 18. SUBSTITUTIONS (Not Applicable to this Project). SECTION 19. ADDENDA Addenda and or answers to interrogatories made at the mandatory pre-bid meeting will be faxed and/or mailed or delivered to all vendors who are known to have received a complete set of bidding documents. Copies of Addenda/ Answers to Interrogatories will be made available for inspection wherever Bidding Documents are on file for that purpose. No Addenda will be issued later than two (2) working days prior to the posted date for receipt of bids except an Addendum withdrawing the request for bids or one which includes postponement or extension of the date for receipt of bids. SECTION 20. ALTERNATES [Non anticipated for this project]. Page 18 of 20
19 An alternate is a dollar amount to be added to or subtracted from the base bid price. The Town Council may request alternate prices to compare various options that may be in their best interest. The Town shall have the right to accept Alternates in any order or combination, and to determine the low bidder on the basis of the Base Bid and Alternates accepted. SECTION 21. CONTRACT DOCUMENTS The Contract Documents shall include the Invitation to Bid, Standard Bidding Forms, Specifications, Information to Bidders, BID Envelope and Addenda and/or any other documents which are clearly intended to be a part of this contract. SECTION 22. BUDGET FUNDING A contract made as a result of this bid will be subject to the appropriation of funds by the Town of Centreville. If the Town Council of Centreville does not appropriate any funds, then the Contract shall become invalid. SECTION 23. PURCHASE ORDER (Not Applicable to this Project) SECTION 24. TRADE AND BRAND NAMES Except as provided for in Section 31. below, the use of or references to any trade or brand names in this bid package shall be solely for the purpose of establishing a standard, and shall in no ways infer that other trade and brand names will not be acceptable. SECTION 25. FEDERAL ASSISTANCE Town of Centreville shall comply with Title VI of the Civil Rights Act of 1964 which provides that no person shall be denied on the grounds of race, color or natural origin, be excluded from, be denied the benefits of, or discriminated against under any program or activity receiving Federal financial assistance. SECTION 26. WARRANTY (Not applicable to this project). Page 19 of 20
20 SECTION 27. EQUAL OPPORTUNITY EMPLOYMENT Engineers shall not discriminate against any employee or applicant for employment because of sex, race, creed, color, national origin, or age. The bidder affirms this by submission of the bid form. SECTION 28. RESERVATION The Town Council of Centreville reserves the right to increase or decrease quantities and/or projects at their discretion. SECTION 29. DELIVERY SCHEDULE The Bidder is required to state on the Standard Bidding Form their most accurate date of delivery. SECTION 30. PRODUCT LITERATURE Not applicable SECTION 31. EXCEPTIONS TO BIDS SPECIFICATIONS Any bidder taking an exception to requested specifications must make these exceptions, clear and in writing, on the specification bidding forms. Additional information regarding exceptions can be attached to the sealed bid proposal. However, this section is not to be construed that Town of Centreville is obligating themselves to accept anything other than the Specifications requested elsewhere in this Bid Proposal. SECTION 32. DELIVERY PROVISIONS Not applicable SECTION 33. INTERPRETATION OF CONTRACT DOCUMENTS (Not Applicable to this Project) Page 20 of 20
EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT
EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed
More informationINSTRUCTIONS TO BIDDERS
11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction
More informationTHE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297
OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,
More informationCHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS
CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations
More informationCity of Bowie Private Property Exterior Home Repair Services
City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated
More informationINVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:
INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October
More informationTOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES
TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.
More informationINVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler
INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,
More informationREQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#
REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street
More informationChampaign Park District: Request for Bids for Playground Surfacing Mulch
May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be
More informationREQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,
More informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF
More informationPROPOSAL LIQUID CALCIUM CHLORIDE
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationINVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".
INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor
More informationBID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040
INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one
More informationWINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT
INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN
More informationPUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION
PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and
More informationLINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID
DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER
More informationTOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES
TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder
More informationNOTICE TO BIDDERS CUSTODIAL SUPPLIES
Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO
More informationJEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent
JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement
More informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement
More informationRequest for Proposal Data Network Cabling
Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,
More informationDEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM
PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,
More informationCITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)
CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of new cylinders for self contained breathing apparatus (SCBA s) for the Galesburg
More informationCounty of Gillespie. Bid Package for GRAVEL. Bid No November 2018
County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie
More informationINVITATION TO BID (ITB)
INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,
More informationTotal Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation
*** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is
More informationRequest for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019
Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at
More informationRequest for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:
Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The
More informationTOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S
TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos
More informationRequest for Bid #1667 (RFB) CONCRETE SERVICES
Request for Bid #1667 (RFB) CONCRETE SERVICES CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: April 6th, 2018 DUE: April 25th,
More informationRequest for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving
Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION
More informationCOUNTY OF OSWEGO PURCHASING DEPARTMENT
COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,
More informationNOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS
NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower
More informationWINDOW WASHING
REQUEST FOR BID FOR WINDOW WASHING 2019-2021 Madison, Wisconsin July, 2018 Advertisement for Bids The Madison Metropolitan Sewerage District requests bids for Window Washing 2019-2021. Specifications are
More informationADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport
ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.
More informationCITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS
NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the
More informationHousing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend
HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing
More informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS
More informationWalk-In Freezer/Cooler Replacement at Williamsport High School
Bid Cover Sheet Walk-In Freezer/Cooler Replacement at Williamsport High School Bid #2018-28 Procurement Schedule Issue Date: March 7, 2018 Pre-Bid Meeting: Deadline for Written Questions Submission: Bid
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationSAN DIEGO CONVENTION CENTER CORPORATION
SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:
More informationCITY OF OAK HARBOR REQUEST FOR PROPOSAL
CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February
More informationWYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter
WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming
More informationTown of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.
Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,
More informationREQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm
REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207
More informationHVAC Remodel Second Floor North Center Building
Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December
More informationTHE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:
THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.
More informationREQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES
REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting
More informationRequest for Proposal CNC Mill For the Rockville High School
Request for Proposal CNC Mill For the Rockville High School Vernon Public Schools, Connecticut BID # VPS-FY15-004 Inquiries: Ms. Nicole Fillion Grant Writer 30 Park Street Vernon, CT 06066 nfillion@vernon-ct.gov
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationProposal No:
City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures
More informationOFFICE OF PROCUREMENT AND CONTRACTING REQUEST FOR PROPOSAL #16-03 QUEEN ANNE ACADEMIC CENTER RENOVATION AND ADDITION PART A: CONTRACTOR QUALIFICATION
OFFICE OF PROCUREMENT AND CONTRACTING REQUEST FOR PROPOSAL #16-03 QUEEN ANNE ACADEMIC CENTER RENOVATION AND ADDITION PART A: CONTRACTOR QUALIFICATION ISSUE DATE: August 10, 2015 PRE-BID CONFERENCE: DATE:
More informationREQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018
REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR
More informationSIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES
Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE
More informationCounty of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018
County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)
More informationNOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES
NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management
More informationINVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library
INVITATION FOR BID Furnish: Outdoor Sign for Bowen Branch Library Company: IFB No. IFB-CL-1904 Date of Issue: July 13, 2018 Bid Due Date: August 1,2018 at 2:00p.m. IFB-CL-1904 The Detroit Public Library
More informationCITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit
CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will
More informationCity of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)
City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the
More informationCounty of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018
County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624
More informationOKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES
OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,
More informationREQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.
More informationGUILFORD COUNTY SCHOOLS Invitation for Bids
GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236
More informationINDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.
SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on
More informationSECTION NOTICE INVITING BIDS
SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,
More informationBID DOCUMENTS FOR. WTP VFD Replacement Bid
BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals
More informationHOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES
REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and
More informationPROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT
West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial
More information2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.
Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City
More informationJEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS
JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,
More informationResponsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]
Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the
More informationINVITATION TO BID U Directional Boring Utility Department
INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to
More informationBID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )
BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,
More informationREQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County
REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing
More informationTOWN OF CUMBERLAND, RI BID #
TOWN OF CUMBERLAND, RI BID # 2014-0710-06 The Town of Cumberland is seeking competitive bid proposals for SITE CONSTRUCTION DESIGN AND CONSTRUCTION SUPERVISION FOR RENOVATING VALLEY FALLS VETERANS MEMORIAL
More informationSANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017
SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will
More informationREQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY
City of Central Falls REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY Issue Date: Monday, May 1, 2017 The submission deadline
More informationCorona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006
Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Just in Time Classroom and Office Supplies Bid # 15/16-006 November 16, 2015 1 Just in Time Classroom and Office Supplies Bid # 15/16-006
More informationGALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f
GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room
More informationPROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016
Project Manual Blue Heron Golf Practice Range PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION April 11, 2016 BLUE HERON GOLF PRACTICE RANGE Entrance Road, Parking Area and
More informationCITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015
CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals
More informationSCOPE OF WORK: Insurance: Contractor shall maintain insurance policies at all times with minimum limits as follows:
Request for Bids Chatham County Water Treatment Plant Filter Media Removal and Replacement (4) 160 SF Filters including replacement of all filter nozzles SCOPE OF WORK: 1. Vendor will rehab (4) 160SF Filters
More informationInvitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.
Invitation to Bid To whom this may concern: Galway Co op/propane4less.com is a cooperative originally formed with 14 members in Galway, New York in May of 2006. Today we have over 1,900 members and cover
More informationBID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS
INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed
More informationRequest for Bids Chatham Community Library Entrance Canopy Replacement
Request for Bids Chatham Community Library Entrance Canopy Replacement Project Information Chatham County is seeking lump sum bids for the removal and replacement of an entrance canopy located at the Chatham
More informationPROPOSAL REQUIREMENTS AND CONDITIONS
1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not
More informationADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services
ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING & CONSTRUCTION
More informationWINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT
INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Suffield Public Schools Suffield, Connecticut July 9, 2018 Suffield High School Library Media Center Carpet Replacement Suffield High School 1060 Sheldon Street, West Suffield, CT
More informationMANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding
PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late
More informationCITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR
CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location
More information